SrtLT L\KE CIITI's('il(xrl. t)tEl'l{tcl'
,ov rh\t ( îúi'
Contract # THl833-SPI8
SALT LAKE CTTY SCHOOL DISTRICT CONITRACT
LECAL, STATI.-JS OF T]ONTRACTORNarite Sole Proprietor
\ion-Pro lit CorporationFor-Prolìt Curporation
CONI'RACTINCì PAR'IIES: This contract is betrveen the Salt Lake City School District:Departrnent Nanle: AII Distnct Schools f)epartnìcnt [..ocatiori Code. (varies). and the Íbllowing Coutractor:
Bell Photosraphers. lnc
2.12 I East [Jell i,aneTTX
TLIT
OstlclìAddress
UT 84405PartnershipCol ernr¡ent i\gency
(lontact Person: lìati.a:-' iì:ll [)honc Í+ I10l-479-4624Vcndor # \'00572: ('onrnrotlitv Codc # I ló0
2, GENERAL P U RPOS E O Ir CONTRACT: The general purpose o l' this corrtract is to providc: Se lrool Picture Services lìrr dist¡ict se hoolsand Participatiug tjtah scliooì tiistricts tlrrough EdPACI.
-ì. f'ltOCLjlìENf ENT: This conlr¡rct is enterecl irlto ¿ìs a result ol'the procurcÍnctlt proccss on BusrnessFLUS Reqursition # _ ItY_.Solicitatrou # RFP TI t I 8il-SP I ¡ì. arrd,'or othcr rnethocl:
'1. C'ONl-RAC'T'PEIIIOD: Et'lèctive Date: .\nril l-i,20 l8 .fenninatron Date: ,.\pril 01.202.ì unless ternrinatetl early or oxteudetl irr
accorrlance rr'ith tlre tcnrìs ar'ìd conditiotts ol this contract. Reneual rr¡rtions {if an1-}: \ío renewals.
j ('ONÏRAC'f C'OSTS:CONTIIACIOIìu'illbepaidamaxinrunrof $_ lbrcosts¿ruthorizeel bt thiscontrlct. PromptPal,rrrentDiscount (il'any'):
-.
Adttitional inlì¡rrn¿ltion reuarding costs: Price L.rsts ¿lnd lìevenue per,.\ttachnrent (i
ó ;\'I'TAC I llvlËN'l- A: Drstrict Standartl Terrns anri Clorrclitions l'or I Coods. fl Serr.rces. or f] X Coorls anrl Sen ie es¡\-f'l'ACllMF,\-l-B. Scope olWork - RFPÊ Tlll8l-.ì-SPl8..\l'l'ACI llvlEÑT C: ('ostiRevenue Proposal ForrnAl'-f'\CIllvf ENT D: List ol'EtlPACl Schot¡l Districrs.\1'1'AC'lli\{È.N-[' E: Panicipating Addendunl firr lidPAC Schor¡l Disrricts;\TT.\Ctll\f [\-[ F: Data Sharing AgreernenrÅnv contlicts bctrvccn .\ttachmcnt ¡\ and thc othcr ¡\ttachmcrrts rvill he rcsolvcd in favor of ¡\tttchnrent,t.
DOC:UTVlENI.S INCORPOR¡\TED INTO TIIIS CO\TRÄC'I-BY REFF,RE\CE BUT NOT AT"|¡\CIIED:a. All otl'ìer go\,enlnretrtal l¿',vs. regulatiorrs. or ¿rctiolìs applicable to the goods ancl,'ur services authorized bv this contracttr. Statc of t talr ProcurElnent Code, Procurenreut Rulcs. Board ol'Eclucation Policies. ancl Contractor's response to Solicrtation
.í'f l Il8.ll-SP lll datecl ñ{arch 01. l0 ltl.
Citr State zip
Ernai I : nateii¿,bellphoto.conr
1
l{ [ìach signatorv bel0$'rcpresents that he or shc has thc retlursite authoritv to elìter into this contract
IN WII'NESS WtIEIì¡:OF. the parties sigtr arrcl causc tlìis rorìtlact to be exccutcd.
COr"l' S,\ I-1' LA KE CITY SCHOOI- I}¡STRIC]'T
4 .>3 -/fctor's signature Date t Bus rìlstrator tor
¿C e
¡Jo á. v(-f ype or Print Nante ancl
-l'irlcr t Yv\.n
nrelìt (rlr cfcsigncc)
-fonra I l0dses 80I--s7tì-tì26| ll0 l-97:l-8.ì75 Torrva. hr.rdgcsía. s lcsclrools. org
[)istr¡cl Ctrrrtact I)crsorr 'l elephonc Nunrbcr Far Nurtrbcr Enrai I
ATTACHMENT A: SALT LAKE CITY SCHOOL DISTR¡CT STANDARD TERMS AND CONDITIONS FOR GOODS AND SERVICES
1.. DEFINITIONS: The following terms shall have the meanings set forth below:
a) "Conf¡dent¡al lnformation" means information that is deemed as confidential under applicable state and federal laws, including
personal information. The District reserves the right to identify, during and after this Contract, additional reasonable types ofcategories of information that must be kept confident¡al under federal and state laws.
b) "Co¡ffgct" means the Contract Signature Page(s), including all referenced attachments and documents incorporated by reference.
The term "Contract" shall include any purchase orders that result from this Contract.
c) "ContraA Sienature means the Contract cover page(s) that the District and Contractor signed.
d) "ContraAor" means the individual or entity delivering the Procurement ltem identified in this Contract. The term "Contractor" shall
¡nclude Contractor's agents, officers, employees, and partners.
e) "D¡strict" means the Salt Lake C¡ty School Distr¡ct.
f) "Procurement ltem" means a supply, a service, construction, or technology that Contractor is required to deliver to the District
under this Contract.g) "Resoonse" means the Contractor's bid, proposals, quote, or any other document used by the Contractor to respond to the District's
Solicitat¡on.h) "sS!rc&!þ!" means an invitation for bids, request for proposals, notice of a sole source procurement, request for statement of
qualifications, request for information, or any document used to obtain bids, proposals, pricing, qualifications, or information for
the purpose of entering into this Contract.i) "S!a!e of U!gb" means the State of Utah, in its entirety, including its institutions, agencies, departments, divisions, authorities,
instrumentalit¡es, boards, commissions, elected or appointed officers, employees, agents, and authorized volunteers.j) "sgÞCS¡gactolg" means a person under contract with a contractor or another subcontractor to provide services or labor for design
or construction, including a trade contractor or specialty contractor.
2. GOVERNING LAW AND VENUE: This Contract shall be governed by the laws, rules, and regulations of the State of Utah. Any action orproceeding arising from this Contract shall be brought in a court of competent jurisdiction in the State of Utah. Venue shall be in Salt
Lake City, in the Third Judicial District Court for Salt Lake County.
3. DRUG-FREE WORKPLACE: Contractor agrees to abide by the District's drug-free workplace policies while on the District's premises. The
District w¡ll provide Contractor with a copy of these written drug-free workplace polic¡es upon request.
4. CODE OF CONDUCT: lf Contractor is working at facilities controlled or owned by the District, Contractor agrees to follow and enforce
the District's applicable code of conduct.
5. LAWS AND REGULATIONS: At all times during this Contract, Contractor and all Procurement ltems delivered and/or performed under
this Contract will comply with all applicable federal and state constitutions, laws, rules, codes, orders, and regulations, including
applicable licensure and certification requirements. lf this Contract is funded by federal funds, either in whole or in part, then any federal
regulation related to the federal funding, including CFR Appendix ll to Part 200, will supersede this Attachment A.
6. RECORDS ADMINISTRATION: Contractor shall maintain or supervise the maintenance of all records necessary to properly account for
Contractor's performance and the payments made bythe Districtto Contractor underthis Contract. These records shall be retained by
Contractor for at least six (6) years after final payment, or until all audits in¡tiated within the six (6) years have been completed, whichever
is later. Contractor agrees to allow, at no additional cost, the State of Utah, federal auditors, District staff, or their designees, access toall such records during normal business hours and to allow interviews of any employees or others who might reasonably have
information related to such records. Further, Contractor agrees to include a similar right ofthe State to audit records and interview staff
in any subcontract related to performance of this Contract.
7. PERMITS: lf necessary Contractor shall procure and pay for all permits, licenses, and approvals necessary for the execution of this
Contract.
8. CERT|FY REGISTRATION AND USE OF EMPLOYMENT "STATUS VERIFICATION SYSTEM": The Status Verification System, also referred toas "E-verify", only applies to contracts issued through a Request for Proposal process, to sole sources that are included within a Request
for Proposal, and when Contractor employs any personnel in Utah.
a. Contractor certifies as to its own entity, under penalty of perjury, that Contractor has registered and is participating in the Status
Verification System to verify the work eligibility status of Contractor's new employees that are employed in the State of Utah ¡n
accordance with applicable immigration laws.
b. Contractor shall require that each of its Subcontractors certify by affidavit, as to their own entlty, under penalty of perjury, thateach Subcontractor has reg¡stered and is participating ¡n the Status Verification System to verify the work eligibility status ofSubcontractor's new employees that are employed in the State of Utah in accordance with applicable immigration laws.
c. Contractor's failure to comply with this section will be considered a mater¡al breach of this Contract.
9. CONFLICT OF INTEREST: Contractor represents that none of its officers or employees are officers or employees of the District, unless
disclosure has been made to the District.
j.O. INDEPENDENTCONTRACTOR:ContractorandSubcontractors,intheperformanceofthisContract,shall actinanindependentcapacityand not as officers or employees or agents of the District.
11. CONTRACTOR RESPONSIBILITY: Contractor is solely responsible for fulfilling the contract, with respons¡bility for all Procurement ltems
delivered and/or performed as stated in this Contract. Contractor shall be the sole point of contact regarding all contractual matters.
Contractor must incorporate Contractor's responsibilities under this Contract into every subcontract with its Subcontractors that will
I
provide the Procurement ltem(s) to the District under this Contract. Moreover, Contractor is responsible for its Subcontractors
compliance under this Contract.
12. INDEMNI¡y: Contractor shall be fully liable for the act¡ons of its agents, employees, officers, partners, and Subcontractors, and shall fully
indemnify, defend, and save harmless the District and the State of Utah from all claims, losses, suits, actions, damages, and costs ofevery name and description arising out of Contractor's performance of this Contract caused by any intentional act or negligence of
Contractor, its agents, employees, officers, partners, or Subcontractors, without limitation; provided, however, that the Contractor shall
not indemnify for that portion of any claim, loss, or damage arising hereunder due to the sole fault of the District. The parties agree thatif there are any limitat¡ons of the Contractor's liability, including a limitation of liability clause for anyone for whom the Contractor is
responsible, such limitations of liabllity will not apply to injuries to persons, including death, or to damages to property of the District.
13. EMPLOYMENT PRACTICES: Contractor agrees to abide by any other laws, regulations, or orders that prohibit the discr¡mination of any
kind by any of Contractor's employees.
14. AMENDMENTS: This Contract may only be amended by the mutual written agreement of the parties, which amendment will be attached
to this Contract. Automatic renewals will not apply to this Contract, even if identified elsewhere ¡n this Contract.
15. DEBARMENT: Contractor certifies that it is not presently nor has ever been debarred, suspended, proposed for debarment, or declared
ineligible by any governmental department or agency, whether ¡nternational, national, state, or local. Contractor must notify the District
within thirty (30) days if debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation
¡n any contract by any governmental entity during this Contract.
16. TERMINATIOIT¡,UnlessotherwisestatedinthisContract,thisContractmaybeterminated,withcausebyeitherparty,inadvanceofthespecified exp¡ration date, upon wr¡tten notice given by the other party. The party in violation will be given ten (L0) days after written
notification to correct and cease the v¡olations, after which this Contract may be terminated for cause immediately and subject to the
remedies below. This Contract may also be terminated without cause (for convenience), in advance of the specified expiration date, by
either party, upon thirty (30) days written termination not¡ce being given to the other party. The District and the Contractor may
terminate this Contract, in whole or in part, at any t¡me, by mutual agreement in writing.
On term¡nation of this Contract, all accounts and payments will be processed according to the financial arrangements set forth herein
for approved and conforming Procurement ltems ordered prior to date of termination. ln no event shall the District be liable to the
Contractor for compensation for any Good neither requested nor accepted by the District. ln no event shall the District's exercise of its
right to terminate this Contract for convenience relieve the Contractor of any liability to the District for any damages or claims arising
under this Contract.
17. NONAPPROPRTATTON OF FUNDS, REDUCTION OF FUNDS, OR CHANGES lN LAW: Upon thirty (30) days written notice delivered to the
Contractor, this Contract may be terminated in whole or in part at the sole discretion of the Distr¡ct, if the District reasonably determines
that: (i) a change in Federal or State legislation or applicable laws materially affects the ability of either party to perform under the terms
of this Contract; or (ii) that a change in available funds affects the D¡strict's ability to pay under this Contract. A change of available
funds as used in this paragraph includes, but is not limited to a change in Federal or State funding, whether as a result of a legislative
act or by order of the President or the Governor.
lf a written notice is delivered under this section, the District will reimburse Contractor for the Procurement ltem(s) properly ordered
and/or Services properly performed until the effective date of said notice. The District will not be liable for any performance,
commitments, penalties, or liquidated damages that accrue after the effective date of said written notice.
i.8. SALES TAX EXEMPTION: The Procurement ltem(s) under this Contract will be paid for from the District's funds and used in the exercise
of the District's essent¡al functions as a State of Utah entity. Upon request, the District will provide Contractor with its sales tax
exemption number. lt is Contractor's responsibility to request the District's sales tax exemption number. lt also is Contractor's sole
responsibility to ascertain whether any tax deduction or benefits apply to any aspect of th¡s Contract.
j.9. WARRANTY OF PROCUREMENT ITEM(S): Contractor warrants, represents and conveys full ownership and clear title, free of all liens and
encumbrances, to the Procurement ltem(s) delivered to the District under this Contract. Contractor warrants for a period of one (1) year
that: (i) the Procurement ltem(s) perform according to all specific claims that Contractor made in its Response; (ii) the Procurement
Item(s) are suitable for the ordinary purposes for which such Procurement ltem(s) are used; (iii) the Procurement ltem(s) are suitable
for any special purposes identified in the Contractor's Response; (iv) the Procurement ltem(s) are designed and manufactured in a
commercially reasonable manner; (v) the Procurement ltem(s) are manufactured and in all other respects create no harm to persons or
property; and (vi) the Procurement ltem(s) are free of defects. Unless otherwise specified, all Procurement ltem(s) provided shall be
new and unused ofthe latest model or design.
Remedies available to the District under this section include, but are not limited to, the following: Contractor will repair or replace
Procurement ltem(s) at no charge to the District within ten (10) days of any wr¡tten not¡fication informing Contractor of the Goods not
performing as required under this Contract. lf the repaired and/or replaced Procurement ltem(s) prove to be inadequate, or fail its
essential purpose, Contractor will refund the full amount of any payments that have been made. Nothing ¡n this warranty will be
construed to limit any rights or remedies the D¡str¡ct may otherwise have under this Contract.
20. INSURANCE:Contractorshall atall timesduringthetermofthisContract,withoutinterruption,carryandmainta¡ncommercial general
liability insurance from an insurance company authorized to do business in the State of Utah. The limits of this insurance will be no less
than one million dollars (S1,OO0,0OO.OO) per occurrence and three million dollars (53,000,000.00) aggregate. Contractor also agrees tomaintain any other insurance pol¡cies required in the Solicitation. Contractor shall provide proofofthe general liability insurance policy
and other required insurance policies to the Distr¡ct within thirty (30) days of contract award. Contractor must add the District as an
additional insured with not¡ce of cancellation. Failure to provide proof of insurance as required will be deemed a material breach of th¡s
Contract. Contractor's failure to maintain this insurance requirement for the term of this Contract will be grounds for immediate
2
term¡nation of this Contract.
21. WORKERS, COMPENSATION INSURANCE: Contractor shall maintain workers' compensat¡on insurance during the term of this Contract
for all its employees and any Subcontractor employees related to this Contract. Workers' compensation insurance shall cover full liability
under the workers' compensation laws of the jurisdiction in which the work is performed at the statutory limits required by said
jurisdiction.
22. PUBUC INFORMATION: Contractor agrees that this Contrac! related purchase orders, related pricing documents, and invoices will be
public documents and may be available for public and private distribution in accordance with the State of Utah's Government Records
Access and Management Act (GRAMA). Contractor gives the District and the State of Utah express permission to make copies of this
Contract, related sales orders, related pricing documents, and invoices in accordance with GRAMA. Except for sections identified in
writing by Contractor and expressly approved by the District Purchasing Department, Contractor also agrees that the Contractor's
Response will be a public document, and copies may be given to the public as permitted under GRAMA. The Distr¡ct and the State of
Utah are not obligated to inform Contractor of any GRAMA requests for disclosure of this Contract, related purchase orders, related
pricing documents, or invoices.
23. DELIVERy: All deliveries under this Contract will be F.O.B. destination with all transportat¡on and handling charges paid for by Contractor.
Responsibility and liability for loss or damage will remain with Contractor until final inspection and acceptance when responsibility will
pass to the District, except as to latent defects or fraud. Contractor shall strictly adhere to the delivery and completion schedules
specified in this Contract.
24. ACCEPTANCE AND REJECTTON: The District shall have thirty (30) days after delivery of the Procurement ltem(s) to perform an inspection
of the Procurement ltem(s) to determine whether the Procurement ltem(s) conform to the standards specifìed in the Solicitation and
this Contract prior to acceptance of the Procurement ltem(s) by the District.
lf Contractor delivers nonconform¡ng Procurement ltem(s), the District may, at its option and at Contractor's expense: (i) return theprocurement ltem(s) for a full refund; (ii) require Contractor to promptly correct or replace the nonconforming Procurement ltem(s); or
(iii) obtain replacement Procurement ltem(s) from another source, subject to Contractor being responsible for any cover costs'
Contractor shall not redeliver corrected or rejected Procurement ltem(s) without: first, disclosing the former rejection or requirement
for correction; and second, obta¡n¡ng written consent of the District to redeliver the corrected Procurement ltem(s). Repair,
replacement, and other correction and redelivery shall be subject to the terms of th¡s Contract.
25. INVOICING: Contractor will submit invoices within thirty (30) days of the delivery date of the Procurement ltem(s) to the District. The
contract number shall be listed on all invoices, freight tickets, and correspondence relating to this Contract. The prices paid by the District
will be those pr¡ces listed in this Contract, unless Contractor offers a prompt payment discount within its Response or on its invoice. The
D¡strict has the right to adjust or return any invoice reflecting incorrect pricing.
26. pAyMENT: payments are to be made within thirty (30) days after a correct invo¡ce is received. All payments to Contractor will be remitted
by mail, electronic funds transfer, or the District's Purchasing Card (major credit card). lf payment has not been made after sixty (60)
days from the date a correct invoice is received by the District, then interest may be added by Contractor as prescribed ¡n the Utah
prompt payment Act. The acceptance by Contractor of final payment, without a written protest filed with the District within ten (10)
business days of receipt of final payment, shall release the District and the State of Utah from all claims and all liability to the Contractor.
The District's payment for the Procurement ltem(s) and/or Services shall not be deemed an acceptance of the Procurement ltem(s) and
is without prejudice to any and all claims that the District or the State of Utah may have against Contractor. The District will not allow
the Contractor to charge end users electronic payment fees of any kind.
27. |NDEMN|F|CAT|ON RELATTNG TO INTELLECTUAL PROPERTY: Contractor will indemnify and hold the Distr¡ct and the State of Utah
harmless from and against any and all damages, expenses (including reasonable attorneys' fees), claims, judgments, liabilities, and costs
in any action or claim brought against the District or the State of Utah for infringement of a third party's copyright, trademark, trade
secret, or other propr¡etary right. The parties agree that if there are any limitations of Contractor's liability, such limitations of liability
will not apply to thi5 section.
2g. OWNERSHIP lN INTELLECTUAL PROPERTY: The District and Contractor each recognizes that each has no right, title, or interest,
proprietary or otherwise, in the intellectual property owned or licensed by the other, unless otherwise agreed upon by the parties in
writ¡ng. All Procurement ltem(s), documents, records, programs, data, articles, memoranda, and other materials not developed or
licensed by Contractor prior to the execution of this Contract, but specifically manufactured under this Contract shall be considered
work made for hire, and Contractor shall transfer any ownership claim to the District.
29. ASSIGNMENT: Contractor may not assign, sell, transfer, subcontract or sublet rights, or delegate any right or obligation under this
Contract, in whole or in part, without the prior written approval of the District.
30. REMEDIES: Any of the following events will constitute cause for the District to declare Contractor in default of this Contract: (i)
Contractor's non-performance of its contractual requirements and obligations under this Contract; or (ii) Contractor's material breach
of any term or condition of this Contract. The D¡strict may issue a written notice of default providing a ten (10) day period in which
Contractor will have an opportunity to cure. T¡me allowed for cure will not diminish or eliminate Contractor's liability for damages. lf the
default remains after Contractor has been provided the opportunityto cure, the District may do one or more of the following: (i)exercise
any remedy provided by law or equity; (ii) terminate this Contract; (iii) impose liquidated damages, if liquidated damages are listed in
this Contract; (iv) debar/suspend Contractor from receiving future contracts from the District or the State of Utah; or (v) demand a full
refund of any payment that the District has made to Contractor under this Contract for Procurement ltem(s) that do not conform to this
Contract.
J
31. FORCE MAJEURE: Neither party to this Contract will be held responsible for delay or default caused by f¡re, riot, act of God, and/or war
which is beyond that party's reasonable control. The District may terminate this Contract after determining such delay will prevent
successful performance of this Contract.
32. CONFIDENTIALITY: lf Confidential lnformation is disclosed to Contractor, Contractor shall: (i) advise its agents, officers, employees,
partners, and Subcontractors ofthe obligations set forth in this Contract; (ii) keep all Confidential lnformation strictly confidential; and
(iii) not disclose any Confidential lnformation received by it to any third parties. Contractor will promptly notify the District of any
potential or actual misuse or misappropriation of Confidential lnformation.
Contractor shall be responsible for any breach ofthis duty of confidentiality, including any required remedies and/or notifications under
applicable law. Contractor shall indemnify, hold harmless, and defend the District and the State of Utah, including anyone for whom the
District or the State of Utah is liable, from claims related to a breach of this duty of confidentiality, including any notificat¡on
requirements, by Contractor or anyone for whom the Contractor is liable.
Upon termination or expirat¡on of this Contract, Contractor will return all copies of Confidential lnformation to the District or certify, in
writ¡ng, that the Confidential lnformation has been destroyed. This duty of confidentiality shall be ongoing and survive the termination
or exp¡ration of this Contract.
33. PUBLICIW:Contractorshall submittotheDistrictforwrittenapproval all advertisingandpublicitymattersrelatingtothisContract. lt¡swithin the District's sole discretion whether to grant approval. Any approval must be in writing.
34. WORKONDISTRICTPREMISES: Contractorshall ensurethatpersonnel workingonDistrictpremisesshall: (i) abidebyall oftherules,regulations, and policies of the premises; (ii) remain in authorized areas; (iii) follow all instructions; and (iv) be subjectto a background
check, prior to entering the premises. The District may remove any individual for a violation hereunder.
35. WAIVER:Awaiverofanyright,power,orprivilegeshall notbeconstruedasawaiverofanysubsequentright,power,orprivilege.
36. SUSPENSION OF WORK: Should circumstances arise which would cause the Distr¡ct to suspend Contractor's responsibilities under this
Contract,butnotterminatethisContract,thiswill bedonebyformal wr¡ttennoticepursuanttothetermsofthisContract. Contractor's
responsibilities may be reinstated upon advance formal written notice from the District.
37. CHANGES lN SCOPE: Any changes in the scope of the services to be performed under this Contract shall be in the form of a written
amendment to this Contract, mutually agreed to and signed by both parties, specifying any such changes, fee adjustments, any
adjustment in time of performance, or any other significant factors aris¡ng from the changes in the scope of services.
38. PROCUREMENT ETHICS: Contractor understands that a person who ¡s interested in any way in the sale of any supplies, services,
construction, or insurance to the District is violating the law ifthe person gives or offers to Sive any compensation, gratuity, contribution,
loan, reward, or any promise thereof to any person acting as a procurement officer on behalf of the District, or to any person in any
official capacity who participates in the procurement of such supplies, services, construction, or insurance, whether it is given for their
own use or for the use or benefit of any other person or organization'
39. ATTORNEY'SFEES:lntheeventofanyjudicialactiontoenforcerightsunderthisContract,theprevailingpartyshallbeentitleditscostsand expenses, including reasonable attorney's fees incurred ¡n connection with such action.
40. TRAVELCOSTS:lftravel expensesarepermittedbytheSolicitation,thenall travel costsassociatedwiththedeliveryofServicesunderthis Contract will be paid according to the rules and per diem rates found in the Utah Administrative Code R25-7. lnvoices containing
travel costs outside of these rates will be returned to Contractor for correction'
41. DISPUTE RESOLUTION: Prior to either party filing a judicial proceeding, the parties agree to participate in the mediation of any dispute.
The Distr¡ct, after consultation with Contractor, may appoint an expert or panel of experts to ass¡st in the resolution of a dispute. lf the
District appoints such an expert or panel, District and Contractor agree to cooperate in good faith in providing information and
documents to the expert or panel in an effort to resolve the dispute.
42. ORDER OF PRECEDENCE: ln the event of any conflict in the terms and conditions in this Contract, the order of precedence shall be: (i)
this Attachment A; (ii) Contract Signature Page(s); (iii) the District's additional terms and conditions, if any; (iv) any other attachment
listed on the Contract Signature Page(s); and (v) Contractor's terms and conditions that are attached to this Contract, if any. Any provision
attempting to limit the liability of Contractor or limit the rights of the District or the State of Utah must be in writing and attached to this
Contract or it is rendered null and void.
43. SURVIVAL OF TERMS: Termination or expiration of this Contract shall not extinguish or prejudice the District's right to enforce this
Contract with respect to any default of this Contract or defect in the Procurement ltem(s) that has not been cured, or of any of the
following clauses, including: Governing Law and Venue, Laws and Regulations, Records Administration, Remedies, Dispute Resolution,
lndemnity, Newly Manufactured, lndemnification Relating to lntellectual Property, Warranty of Procurement ltem(s), lnsurance.
44. SEVERABILITY: The invalidity or unenforceability of any provision, term, or condition of this Contract shall not affect the validity or
enforceability of any other provision, term, or condition of this Contract, which shall remain in full force and effect.
44. ERRORS AND OMISSIONS: Contractor shall not take advantage of any errors and/or omissions in this Contract. The Contractor must
promptly notify the State of any errors and/or omissions that are discovered.
45. ENTIRE AGREEMENT: This Contract constitutes the entire agreement between the parties and supersedes any and all other prior and
contemporaneous agreements and understandings between the parties, whether oral or written.
Revised December 20, 20t6
4
ATTACHMENT B
SAI-,T T,AKE CITYSCHOOL DISTRICT{ourßest Cfioice
REQUEST FORPROPOSALSSCHOOL PICTURE SERVICES FOR SALT LAKE CITY SCHOOL DISTRICT AND PARTICIPATING
ENTITIESSolicitation # THI 833-SPl 8
This Request for Proposals ("[tFP"), having been determined to be the appropriate procurement method to provide the
best value to the Conducting Procurement Unit, is designed to provide interested Offerors with suffrcient basic
information to submit proposals. It is not intended to limit a proposal's content or exclude any relevant or essential data.
Offerors are at liberty and are encouraged to expand upon the specifications to evidence service capability. This RFP is
issued in accordance with State of Utah Procurement Code, Utah Code Annotated (UCA) Chapter 63G-6a, and applicable
Rules found in the Utah Administrative Code (UAC). If any provision of this RFP conflicts with the UCA or UAC, the
UCA or UAC will take precedence.
P¡.nr L: Ovnnvlnw AflD INsrnucrIoNS
1.1 PURPOSE OF REOUEST FORPROPOSAL (RFPI
This solicitation is being conducted by Salt Lake City School District (SLCSD) on behalf of the EDPAC (Utah State
Education Purchasing Advisory Committee) Cooperative Purchasing Organization. The purpose of this RFP is to establish
a cooperative annual contract to provide school picture services with more favorable terms to participating school
districts. Participating School District schools schedule one or more school picture days, make up days, or special
occasion photo days per school year.
As required by Utah State Procurement Code 63G-6a-2705, in order to participate in any resulting contract, a school
district must enter into a "Participating Addendum" (Attachment E). Only the districts listed (Attachment D) shall be
eligible to use school picture services under this contract; however, it does not obligate them to make any purchases under
the resulting contract.
1.2 ISSUING PROCUREMENT UNIT. CONDUCTING PROCUREMENT UNIT. AND RFPSOLICITATION NUMBER
The Salt Lake City School District is both the Issuing Procurement Unit and the Conducting Procurement Unit for thisRFP and all subsequent addenda relating to it. The reference number for this RFP is Solicitation # THl833-SP18. This
number must be referred to on all proposals, correspondence, and documentation relating to this RFP.
1.4 OUESTION AND ANSWER PERIODAll questions MtlSTbe submitted through BidSync (www.bidsync.com) during the designated time for questions ("Q&Aperiod") listed on Bidsync. Questions submitted through any other channel will not be answered. Questions may be answered in
the order that they are submitted or may be compiled into one document and answered via an addendum. Answers disseminated
by SLCSD through the BidSync system shall serve as the offrcial and binding position of SLCSD and will constitute an
addendum to this RFP.
Questions, exceptions, or notification to SLCSD of any ambiguity, inconsistency, excessively restrictive requirement, or
error in this RFP, MUST be submitted as a question through BidSync during the Q&A period.
Questions may be answered individually or may be compiled into one document. Questions may also be answered via
addenda. An answered question or addenda may modify the specification or requirements of this RFP. Answeredquestions and addendums will be posted on BidSync. Offerors should periodically check BidSync for answered questions
and addendums before the closing date. It is the responsibility of the Offerors to submit their proposal as required by this
RFP, including any requirements contained in an answered question and/or addendum.
Exceptions to the scope ofwork or other content ofthe RFP that have not been previously addressed during the
active Q&A period of the procurement are not allowed and may result in the Offeror's proposal being considered
non-responsive.
1.5 ADDENDUMSOfferors are encouraged to periodically check BidSync for posted questions, answers and addendums.
Any modification to this procurement will be made by addendum issued by SLCSD Purchasing. Addendums to this RFP may be
made for the purpose of making changes to: the scope of work the schedule, the qualification requirements, the criteria, the
weighting, or other requirements of this RFP.
After the due date and time for submitting a proposal to this RFP, at the discretion of the chief procurement offtcer, addenda to
this RFP may be limited to the Offerors that have submitted proposals, provided the addenda does not make a substantial change
to this RFP that likely would have impacted the number of OfÏerors responding to the original publication of this RFP, in the
opinion of the chief procurement offrcer or head of a procurement unit with independent procurement authority.
Authorized and properly issued addenda shall constitute the offrcial and binding position of SLCSD.
Any response to this RFP which has as its basis any communications or information received from sources other than this
RFP or related addenda may be considered non-responsive and be rejected at the sole discretion of SLCSD.
1.6 RESTRICTIONSONCOMMUNICATIONSprom the issue date of this RFP until an Offeror is awarded a contract and the award is published, Offerors are prohibited
from communications regarding this RFP with the conducting procurement unit staff, evaluation committee members, or
other associated individuals EXCEPT the SLCSD procurement officer overseeing this RFP. Failure to comply with this
requirement may result in disqualification.
1.7 SUBMITTING YOUR PROPOSALBy submitting a proposal to this RFP, the Offeror acknowledges and agrees that the requirements, scope of work, and
evaluation process outlined herein are fair, equitable, understood, and are not unduly restrictive. Any exceptions to the
content of this RFP must be addressed within the Q&A period. The Offeror further acknowledges that it has read this
RFP, along with any attached or referenced documents, including the General Provisions.
All costs incurred by an Offeror in the preparation and submission of a proposal, including any costs incurred during
interviews, oral presentations, and/or product demonstrations are the responsibility of the Offeror and will not be
reimbursed.
The cost proposal will be evaluated independently from the technical proposal, and as such, must be submitted separate
from the technical proposal. Failure to submit cost or pricing/revenue data separately may result in your proposal being
judged as non-responsive and ineligible for contract award.
Proposals must be received by the posted due date and time posted on Bidsync ("deadline"). Proposals received
after the deadline will be late and ineligible for consideration. Proposals can be submitted electronically, through
Bidsync, or by submitting a hard copy to the address provided below.
Electronic submission instructions: When submitting a proposal electronically through BidSync, please allow suff,rcient
time to complete the online forms and to upload proposal documents. The RFP will end at the deadline. If an Offeror is in
the middle of uploading a proposal when the deadline arrives, the system will stop the upload process and the proposal
will not be accepted by nidSync, and the attempted submission will be considered late and ineligible for consideration.
Electronic proposals may require uploading of electronic attachments. Bidsync will accept a wide variety of document
types as attachments. However, SLCSD is unable to view certain documents. Therefore, DO NOT submit documents that
ârè embedded (zip files), movies, wmp, encrypted, or mp3 files. All documents must be uploaded in BidSync as
separate files.
Hard copy submission instructions: The preferred method of submitting your proposal is electronically through
BidSync. However, if proposals are submitted in hard copy form they must be in two distinct parts, technical and cost
propósal, and shall be delivered at the same time, along with an electronic copy (thumb drive or CD) of both the Technical
Þroþosal and the Cost proposal. One (1) original and six (one for each member of the evaluation committee) copies of the
tecúnical proposal must be submitted and one (1) original Cost Proposal form must be received prior to deadline at the
following address:
Salt Lake City School District, Purchasing Department
995 West Beardsley PlaceSalt Lake City, Utah 84119
The outside cover of the package containing the technical proposal shall be clearly marked "solicitation # THl833-SP18
- Technical Proposal" and include the deadline. The outside cover ofthe cost proposal form shall be clearly marked
"solicitation # THl833-SPl8 - Price Proposal", and include the closing time posted on Bidsync.
please allow sufficient time for delivery ofhardcopy proposals. Proposals sent overnight, but not received by the deadline
time will not be accepted. When submitting a proposal by physical delivery (U.S. Mail, courier service, hand-delivery, or
other physical means), Offerors are solely responsible for meeting the deadline. Delays caused by a delivery service or
other physical means will not be considered as an acceptable reason for a proposal being late. All proposals received by
physical delivery will be date and time stamped by SLCSD.
1.8 CONTRACT A}VARD INTENTIt is anticipated this RFP may result in a multiple contract award.
1.9 LENGTH OF CONTRACTThe contract resulting from this RFP will be for a period of five (5) years.
SLCSD reserves the right to review the contract(s) resulting from this RFP on a regular basis regarding performance and
cost and may negotiate price during the term ofthe contract.
This contract does not guarantee any specific purchase volume to any given vendor.
1.10 PRICE GUARANTEE PERIOD@untsorschoolrevenuefromtheschoolpictureservicesmustbeguaranteedfortheentiretermofthe contract.
Any adjustment or amendment to the contract will not be effective unless approved by the Purchasing Department. The
SLCSD will be given the immediate benefit of any decrease in the market, or allowable discount.
1.1I DISCUSSIONS@uctedwiththeofferorswhosubmitproposalsdeterminedtobereasonablysusceptibleofbeingselected for award, followed by an opportunity to make best and final offers pursuant to UCA $ 63G-6a-707.5, but
proposals may be accepted without discussions.
1.12 STAM)ARD CONTRACT TERMS AND CONDITIONS. EXCEPTIONS. AND NEGOTIAIIONSRFPwi1linclude,butnotbelimitedtotheSaltLakeCitySchoolDistrictStandard
Terms and Conditions for Goods and Services (Attachment A).
Exceptions and/or additions to the Standard Terms and Conditions are strongly discouraged. However, Offerors
requésting exceptions and/or additions to the Standard Terms and Conditions must be submitted with the proposal.
Exceptions and/or additions submitted after the date and time for receipt of proposals will not be considered. Offerors may
not submit requests for exceptions and/or additions by reference to a vendor's website or URL. URLs provided with a
proposal may result in that proposal being rejected as non-responsive. Offerors may submit questions during the Q&Aperiod regarding the Standard Terms and Conditions.
SLCSD may refuse to negotiate exceptions and/or additions that are determined to be excessive; that are inconsistent with
similar contracts of the procurement unit; to warranties, insurance, or indemnification provisions that are necessary to
protect the procuremenf unit after consultation with the Attorney General's Offìce or other applicable legal counsel; where
ihe solicitation specifically prohibits exceptions and/or additions; or that are not in the best interest of the procurement
unit.
In a multiple award, SLCSD reserves the right to negotiate exceptions and/or additions to terms and conditions in a
manner reìulting in expeditious resolutions. This process may include beginning negotiations with the Offeror having the
least amount ofèxceptions and/or additions and concluding with the Offeror submitting the greatest number of exceptions
and/or additions. Contracts may be executed and become effective as negotiations are completed.
If negotiations are required, Offeror must provide all documents in Microsoft Word format for redline editing. Offeror
.u.t ulro provide the name, contact information, and access to the person(s) that will be directly involved in legal
negotiations.
Any mandatorily required acceptance of an Offeror's terms and conditions may result in the proposal being determined to
be non-responsive.
An award resulting from this RFP is subject to successful contract terms and conditions negotiation (if required). SLCSD,
at its sole discretion, will determine when contract terms and conditions negotiations become unproductive and will result
in termination of award to that Offeror and SLCSD may move to the next eligible Offeror.
1.13 PROTECTEDINFORMATIONthè Government Records Access and Management Act (GRAMA), UCA $ 63G-2-305, provides in part that:
theþllowing records are protected if properly classi/ìed by a government entity:
(1) trade secrets qs defined in Section I3-24-2, the Utah Uniþrm Trade Secrets Act, if the person submitting
the trade secret has provided the governmental entity with the ìnformation specified in UCA S 63G-2-
3 0 9 (Bus ine s s C onfi de ntial ity C I aims) ;(2) commerciat information or non-individualfinancial information obtainedfrom a person if:
(a) disclosure of the inþrmation could reasonably be expected to result in unfair competitive iniury to
the person submitting the information or would impair the ability of the governmental entity to obtain
necessary inþrmation in thefuture;(b) the person submitting the information has a greoter interest in prohibiting qccess than the public
in obtaining access; qnd(c) the person submitting the information has provided the governmental entity with the information
specilìed in UCA $ 63G-2-309:{< ¡t< tF :X X
(6) records, the disclosure ofwhichwould impair governmental procurement proceedings or give an unfair
advantage to any person proposing to enter into a contract or agreement with a governmental entity,
except, subject to Subsections (l) and (2), that this Subsection (6) does not restrict the right ofapersonto have access to, after the contract or grant has been awarded and sígned by all parties,...
Pricing may not be classified as confidential or protected and wilt be considered public information after award ofthe contract.
Process for Requesting Non-Disclosure: Any Offeror requesting that a record be protected shall include with the
proposal a Claim of Business Confidentialify. To protect information under a Claim of Business Confidentiality, the
Offeror must complete the Claim of Business Confidentiality form with the following information:1. Provide a written Claim of Business Confidentiality at the time the information þroposal) is provided to the
state, and2. Include a concise statement of reasons supporting the claim of business confidentiality (UCA $ 63G-2-
30e(l)).3. Submit an electronic "redacted" (excluding protected information) copy of the proposal. Copy must clearly
be marked "Redacted Version."
The Claim of Business Confidentiality form may be accessed at:
http://purchasing.utah.eov/wp-contenluploads/confidentialitvclaimform.doc
An entire proposal cannot be identifïed as "PROTECTED', "CONFIDENTIAL'oT "PROPRIETARY'' and if so
identified, shall be considered non-responsive unless the Offeror removes the designation.
Redacted Copy: If an Offeror submits a proposal that contains information claimed to be business confidential or
protected information, the Offeror must submit two separate proposals: one redacted version for public release, with all
protected business confìdential information either blacked-out or removed, clearly marked as "Redacted Version"; and
one non-redacted version for evaluation purposes, clearly marked as "Protected Business Confidential."
1.14 INTERVIEWSANDPRESENTATIONSIf it is determined to be in the best interest of the Conducting Procurement Unit, interviews and presentations may be held
at the option of SLCSD. SLCSD shall establish a date and time for the interviews or presentations and shall notiffeligible Offerors of the procedures. Offerors invited to interviews or presentations shall be limited to those Offerorsmeeting the minimum requirements and minimum technical score threshold specified in the RFP. Representations made
by an Offeror during interviews or presentations shall become an addendum to the Offeror's proposal and shall be
documented. Representations must be consistent with the Offeror's original proposal and may only be used for purposes ofclarifying or filling in gaps in the Offeror's proposal. Interviews and presentations will be at the Offeror's expense.
P¡,nr 2: Scopn oF woRK ArlD REQUIREMENTS
2.1 DETAILED SCOPE OF WORK AND ADDITIONAL REOUIREMENTSSalt Lake City School District is seeking proposals on behalf of EdPAC from school picture service providers to enter into
an agreement to provide school picture services as requested by all SLC School District schools and other Utah School
Distiicts. Specific incentives, additional items or services, and commission/ revenue structure should be outlined in the
Price Proposal portion and must be kept separate from the technical portion ofthe proposal. However, a general overview
of the companies' program should be addressed in the proposal. Awarded offeror(s) will work directly with school
personnel to schedule school picture dates and assist schools with materials, deliveries, etc.
The Scope of Work is subject to change based on the awarded contract(s).
2.2 MANDATORYMINIMUMREOUIREMENTS/QUALIFICATIONSThis section contains mandatory minimum requirements that must be met in order for an offer to be considered
responsive. If required, Offerors shall include a detailed narrative outlining how the proposed solution meets the followingminimum mandatory requirements. For ease of evaluation, an Offeror's proposal must be a point-by-point response,
addressing in detail each area of the mandatory minimum requirements and/or qualifications.
Failure to meet any one of the mandatory requirements/qualifîcations will result in the proposal being rejected pursuant to
UCA $ 63 G-6a-704 and the proposal will not move forward in the evaluation process.
All of the items described in this section are non-negotiable. A rejection of a proposal due to a proposal not meeting
mandatory minimum requirements òan occur at any time in the evaluation process.
Ä. On-Site School Picture ServicesOfferor must have a program that allows the school pictures to be conducted on school premises. Offeror to be
able to provide marketing materials, portrait package information, etc. for schools prior to picture dates.
B. Sales RepresentativeOfferor must identify a sales representative to work with school staff and/or parent volunteers to support the
school picture process. Upon executing a Participating Addendum, a participating school district must be given
the contact information for their sales representative.
C. Portrait SamplesOfferor must provide portrait samples. Samples may be returned to the Offeror at their expense. Please note ifyou would like samples returned to you.
2.3 TECHNICAL RESPONSEfo ¿eter-ire which proposal provides the best value to the SLCSD, the evaluation committee will evaluate each
responsive and responsible proposal that has not been disqualified or rejected using the following criteria:
A. Qualifications and Expertise¡ Company Profileo Primary Business Philosophy. OrganizationalStructureo Outline of the proposed program
B. School ExpectationsOfferor must outline what is expected of school or district personnel to schedule and conduct school picture
services. List requirements that schools must meet to participate in the proposed program, list any dates that
school picture dates must be scheduled by, and any other marketing requirements the Offeror will require from
the school(s).
C. Value-Added ServicesThis is an opportunity to address areas not specifically mentioned in the RFP; such as the added value the Offeror
brings to their school picture services, what sets the Offeror apart from its competitors, and why the Offeror is the
right partner(s) for participating school districts.
D. ReferencesProvide the names and contact information for three (3) client references who have entered into similar
agreements within the past three (3) years. At least one of these references should be from a school district ofsimilar or larger size.
For ease ofevaluation, the proposals must provide a point-by-point response, addressing in detail each area oftheevaluation criteria, including addressing how the point-by-point response addresses the issues discussed in this RFP. The
criteria are not intended to limit a proposal's content or exclude any relevant or essential data. Offerors are at liberty and
are encouraged to expand upon the criteria to demonstrate the Offeror's capability to provide the SLCSD with a solution.
P¡,nr 3: INTonMATIoN RneuInED IN SunvnssloN oF'¡. PRoposnr,
3.1 AI, F'ORMATProposals should be concise, straightforward and prepared simply and economically. Expensive displays, bindings, orpromotional materials are neither desired nor required. However, there is no intent in these instructions to limit aproposal's content or to exclude any relevant or essential data.
All materials submitted become the property of the SLCSD. Materials may be evaluated by anyone designated by theSLCSD as part of the proposal evaluation committee. Materials submitted may be retumed only at the SLCSD's option.
Organize the proposal using each of the following specific headings. Failure to format the proposal as follows may resultin disqualification.
1
2
3.
Section Title: RFP Form. The SLCSD's Request for Proposal form completed and signed by theOfferor.
Section Title: Table of Contents.The submitted proposal shall contain a table of contents with reference to Sections and page numbers.
Section Title: Executive Summary. The executive summary is to briefly describe the Offeror'sproposal. This summary should highlight the major features of the proposal. The reader should be able todetermine the essence of the proposal by reading the executive summary.
Section Title: Protected Information. All protected/proprietary information must be identified in thissection of the proposal by completing the Claim of Business Confidentiality referenced in Section 1 . I 3.
If the Offeror's proposal contains protected/proprietary information (refer back to the ProtectedInformation section of this RFP for additional information), then Offeror must submit a redacted copy ofthe proposal at the same time Offeror submits its proposal. The redacted copy of the Offeror's proposal
must be submitted in compliance with other sections of this RFP.
If there is no protected information, write ooNorìe" in this section.
Failure to comply with this Section and Section 1.13 of this RFP releases the SLCSD from any obligationor liability arising from the inadvertent release of Offeror information.
Section Title: Potentiat Conflicts of Interest. Offeror must identify any conflict, or potential conflict ofinterest, that might arise during the contract. If no conflicts are identified or expected, write "None" inthis section.
Section Title: Exceptions and/or Additions to the Standard Terms and Conditions. Proposedexceptions and/or additions to the Standard Terms and Conditions mullbe submitted in this section.Offeror must provide all proposed exceptions and/or additions, including an Offeror's terms andconditions in Microsoft Word format for redline editing. Offeror must also provide the name, contactinformation, and access to the person(s) that will be directly involved in terms and conditionsnegotiations.
If there are no exceptions or additions to the Standard Terms and Conditions, write "None" in this section.
Section Title: Mandatory Requirements.As described in Section 2.2, Offeror must provide the required narratives that demonstrate compliancewith the stated Mandatory Minimum Requirements/Qualifications. Offeror's failure to meet any one ofthe mandatory requirements will result in the proposal being classified as non-responsive and will be
4.
5.
6.
7
rejected under the provisions of the Utah Procurement Code.
For ease of evaluation, the Mandatory Requirements section must be a point-by-point response,
addressing in detail each area of the evaluation criteria as follows:
i. On-Site School Picture Servicesii. Sales Representativeiii. Portrait Samples
Section Title: Detailed Technical Proposal.As described in Section 2.3, this section should constitute the major portion of the proposal and must be a
concise overview of the Offeror's assessment of the work to be performed, the Offeror's ability and
approach, and the resources necessary to fulfill the requirements. This section should demonstrate the
Offeror's understanding of the desired overall performance expectations, deliverables, if any, and
outcomes. Clearly indicate any options or alternatives proposed. In any case wherein the Offeror cannot
comply with an evaluation criterion outlined in Section 2.3, such inability must be stated in response tothe applicable requirement. Offerors should reference the Scope of Work in Section 2.1 in their response.
For ease of evaluation, the Detailed Technical hoposal Section must be a point-by-point response,
addressing in detail each area of the evaluation criteria as follows:
Qualifications and ExpertiseSchool ExpectationsValue Added ServicesReferences
Section Title: Cost Proposal.Please enumerate all costs on Attachment C - Cost Proposal Form
Cost/Revenue will be evaluated independently from the Detailed Technical Proposal and must be
submitted separately from the Detailed Technical Proposal. Inclusion of any cost, pricing orrevenue data within the Detaited Technical Proposal will result in the proposal being judged as
non-responsive for violation of UCA $ 63G-6a-707(5).
3.2 ERRORS IN PROPOSALSPursuant to UAC R33-7-403, the following shall apply to the correction or withdrawal of an unintentionally erroneousproposal, or the cancellation ofan award or contract that is based on an unintentionally erroneous proposal. A decision to
permit the correction or withdrawal of a proposal or the cancellation of an award or a contract shall be supported in awritten document, signed by the chief procurement officer or head of a procurement unit with independent procurement
authorily.
(1) Mistakes attributed to an offeror's error in judgment may not be corrected.
(2) Unintentional errors not attributed to an offeror's error in judgment may be corrected if it is in the best interest
of the procurement unit and correcting the error maintains the fair treatment of other offerors.(a) Examples include:
(i) missing signatures;(ii) missing acknowledgement of an addendum;(iii) missing copies of professional licenses, bonds, or insurance certificates, provided that copies
are submitted by the deadline established by the chief procurement offrcer or head of aprocurement unit with independent procurement authority to correct this mistake;(iv) typographical errors;(v) mathematical errors not affecting the total proposed price; or
8.
t.It.
ttt.tv.
9.
(vi) other enors deemed by the chief procurement officer or head of a procurement unit withindependent procurement authority to be immaterial or inconsequential in nature.
(3) Unintentional errors discovered after the award of a contract may only be corrected if, after consultation withthe chief procurement ofTicer or head of a procurement unit with independent procurement authority and theattomey general's office or other applicable legal counsel, it is determined that the correction of the enor does notviolate the requirements of the Utah Procurement Code or applicable administrative rules.
P¡.nr 4: PnoposAl Ev¡,r.unrloN
4.1 PROPOSAL EVALUATIONAll proposals in response to this RFP will be evaluated in a manner consistent with the Utah Procurement Code,
Administrative Rules, policies and the evaluation criteria in this RFP.Offerors bear sole responsibility for the items included or not included within the proposal submitted by the OfferorEach area of the evaluation criteria must be addressed in detail in the proposal.
4.2 PROPOSALEVALUATIONPROCESS
Stage 1: Initial ReviewIn the initial phase of the evaluation process, the conducting procurement unit will review all proposals timely received.
Non-responsive proposals not conforming to RFP requirements or unable to meet the minimum and/or mandatoryrequirements will be eliminated from further consideration.
Stage 2: Technical Proposal EvaluationResponsive proposals will then be evaluated by an evaluation committee appointed by the conducting procurement unitagainst the proposal evaluation criteria noted in Attachment B. Attachment B establishes the minimum score threshold forthis RFP. References will be conducted via phone or email communication, with a set of questions that will be asked to
each reference provider. The evaluation committee will decide upon a score (up to 9.5 points possible) based onresponses.
Offerors that achieve minimum score thresholds (please refer to Attachment B) will proceed to the Final Stage: CostProposal Evaluation. Offerors with a score of less than the minimum required technical points will be deemed non-responsive and ineligible for further consideration.
Stage 3: Price Proposal EvaluationOfferors successful in the technical evaluation will advance to Stage 3: Cost Proposal Evaluation, as noted in AttachmentB.
Offerors' cost structures and offerings will be evaluated and scored by the Evaluation committee after Technical Scores
have been completed. The following criteria will be used for coslrevenue evaluation and scoring:l. Does Offeror have variety of options in regards to portraits and packages (i.e. single portraits and packages)?
2. Does Offeror give discount for multiple children in the same family?3. Does Offeror give revenue/commission to school?
Each subjective criteria will be worth 3.3 points.
Per Attachment C, we will also ask for pricing scenarios. Pricing scenarios will be added together to create a total price
for all scenarios. Point for this section will be worth l0 points, and points will be awarded per the following formula:Weight Rating Percentage *((2-proposedfee / lowest proposedfee))
Both score sections will be added together, for a possible 20 points total for the cost section.
Final Stage: Multiple Award ThresholdAll offerors obtaining 75%o or more of the total combined Technical and Price proposal points will be awarded as part of amultiple award for these services. The total proposal will be worth 100 points, with offerors needing to obtain a score of75 points or more to be included in the multiple award.
4.3 DETERMINATION OF BEST VALUE
Subject to UCA $ 63G-6a-709(2), in determining which proposal provides the best value to the Conducting Procurement
Unit, the evaluation Committee and the Conducting Procurement Unit, pursuant to UCA $ 63G-6a-708, shall prepare a
written justification statement that: (i) explains the score assigned to each evaluation category; and (ii) explains that theproposal with the highest total combined score provides the best value to the Conducting Procurement Unit, or if a cost
benefit analysis is required, the final determination based on the cost benefit analysis.
The SLCSD reserves the right to award the contract to technically qualified Offeror(s) with a lower score in the event the
high scoring offer is determined to not be the best value offered to the SLCSD, based on a cost benefìt analysis.
P¡,nT 5: PnOPOSAL AWARD PROCESS
After the completion of the proposal evaluation process and the justification statement, including any required cost-benefitanalysis, the evaluation committee shall submit the proposals, evaluation scores, and-justification statement to the head ofthe procurement unit or designee for review and final determination of a contract award.
5.1 AWARD OF CONTRACTAfter the evaluation and final scoring of proposals is completed, the SLCSD shall award the contract ¿ts soon as
practicable (subject to the requirements of UCA $ 63G-6a-708) to the eligible responsive and responsible Offeror with the
highest score, subject to UCA $ 63G-6a-709(2) of the Utah Procurement Code, provided the RFP is not canceled inaccordance with UCA $ 63G-6a-709(2Xb).
5.2 PUBLICIZING AWARI)The issuing procurement unit shall, on the next business day after the award of a contract is announced, make available to
each offeror and to the public a written statement that includes:(a) the name of the offeror(s) to which the contract is awa¡ded and the total score awarded by the evaluationcommittee to that offeror;(b) the justification statement under UCA $ 63G-6a-708, including any required cost-benefit analysis; and(c) the total score awarded by the evaluation committee to each offeror to which the contract is not awarded,
without identifying which offeror received which score.
COST PROPOSAL FOR
SCHOOL PICTURE SERVICES FOR
SALT LAKE CITY SCHOOL DISTRICTAN D PARTICIPATING ENTITIES
SALT LAKE C ITY, UTAH
SOLICITATION # TH I833-5P 1B _ PR¡CE PROPOSAL
ATTACHMENT C
FRIDAY MARCH 16, 2018 - 2:30 PM
y'¿'d
t8i¡gì¡.,:,,, I
ß#",Bell Photogrophers lnc.2421 East Bell Lone I Ogden, Utoh 84405
Customer Service I 8:00-5:00 I l'800-ó78'2355
RAPHERS, INC.
BETLPHOTO.COM
Salt Lake City SchoolDistrict
RFP# TH1833-SP18 School Picture Services
ATrACHMENT C- COST PROPOSAI FORM (to be subm¡tted ¡n a separate envelopel
Please answer the following for cost proposal criteria. Please feel free to attach documentation as
needed outl¡n¡ng your revenue benefits:
1. Do you offer variety to families in what they can purchase (i.e. single portra¡ts, portraitpackages, etc.)? lf so, please list in detailyour program. (3.3 pts)
Yes. Bell PhotoÉraphers offers a varietv of packages and prices, as well as a varietv of photo
backgrounds, mes. and sizes to fit the needs of all families. We also offer Pick Your Own
Bid rH1833-SP18
package option
2. Do you offer discounts for multiple children in same family? lf so, please list in detail your
program. (3.3 pts)
Yes. For 2 children that buy oackages in the same familv. we offer a 25% discount on both
oackages. For families with 3 or more children that buv oackaÉes. we offer a 5O% discounton all oackaÉes.
3. Do you offer revenue to the school? lf so, please explain your program. (3.3 pts)
Yes. We offer each school a $1.OOO commercial orintinÉ credit as well as 20% commissionon all nortrait sales-
4. Please attach a full price list of your offered items. This will not be scored specifically but willserve as example of pricing being offered to our parents/schools.
5. Please list your price for the following scenarios (total of 10 pts). Pricing will be added
together for all listed scenarios for a total price that will be scored based on the followingformula:
Weight Roting Percentage *((2-proposed costlowest proposed cost))
Please note: Please list pricing for the following scenario(s) for the package price that most
closely meets what is listed. lf your package differs to what is listed in the scenario, please list
specifically what your portrait package contains.
212812018 4:07 PM p.21
Salt Lake City SchoolDistÍict
Bid TH1833-SP18
Scenario 1: The Brown family has one child in the elementary school, and would like a single 8 x 10,
andqty25xT portrait(sheet),andoneclasscomposite. Pleasenotepriceforeachcomponentsoldseparately:The Rrown familv cãn nt rrnhaqc theqe shppts usinø ottr Builcl Yotlr Own dp nntinn
which is oriced 3 items for $2O.
Scenario 2: The Garcia family has 3 children; 2 in the same elementary school and 1 in middle
school. They would like the following package for each of their children: 1- 8x10; 2- 5x7;4- 3x5; 8-
2x3wallets;andclasscomposite. Pleasenotepriceforsameorsimilarpackage(pleaselistifyourpackage is different, and please note if there is a discount for multiple children).
Tha Garcia familv nân nl rr¡haco ? ceic af atr Þaekadê 2 ôntirìn This will nrnrrirla aanh nhild
with lhe r'lesired sheets and thpv will rpeeive a diccnunted nrice for each- Fanh nankatp ic
$23 with a50% discount. so their total orice wo he $34 5O for all 3
Scenario 3: The Hong family has one child in high school. They would like the ability to choose a
background, and would likethefollowing package:3-8x10; 4-5x7;4-3x5; t6-2x3 wallets; class
composite and portrait CD. They would like the student's name printed on all portraits. Please note
price for same or similar package (please list if your package is different).
For the¡r hiÉh school student. the HonÉ familv could purchase our Deluxe packa{e for $32.00which would provide them with the desired sheets and a diÊital download instead of a CD. Thev
could add our Personalized Photos service, under Add itional Services for an add al cost of$5.O0. For the Iuxe oackade and the Personal ized Photos their cost would be 37.OO
Scenario 4: Mrs. Gershwin is a teacher in the school, and has a child attending the same school' She
would like to orderthe following portrait package: 1- 8x10; 3-5x7;4- 3x5; t2-2x3 wallets; class
composite. Please note Mrs. Gershwin's price (please note if this isyour regular package price, or ifMrs. Gershwin is receiving a discount).Mrs. Gershwin ld ourchase either PackaÉe 1 or 2 for her chilci and receive a 5Ùo/o discou nt ôn
that oackase. lf she ourchased PackaEe f. it woul cl be $13.OO and if she ourchased Packaøe 2 iI
would be $11.50.
Scenario 5: The school needs a dual language flyer to send home with students, and would like a
Student lD for each. Principal would like a CD of all pictures for safety reference and to use in the
school yearbook. Principal would also like an Office lD Book. Please list price for each component.
Bell PhotoEraph ers can orovide EnElish/Soanish flvers to send home with students.We do provide a Student lD for each student AS well as a CD of all oictures and an Office lD Book
for the principal All of these are provided at no additional cost to the students or school
212812018 4:07 PM p.22
g#""SALT LAKE SCHOOL DISTRICT SCHOOL PICTURE SERVICES - PRICE PROPOSAL
RAPHERS, ¡NC.
COST PROPOSAL AND COMMISSIONS
Bell Photographers, Inc. will supply:Listed below you will find the retail price and contents of each package, as well as additional options.
Changes may be made to the following packages to meet your needs.
Gommissions2Oo/o coffirnission is included in the portrait prices. Commission checks will be made out to and delivered
to the respectíve school.
Package PricingBell Photographers understands that the contract resulting from this RFP will be for a period of five (5)
years. All pricing or offered discounts or school revenue from the school picture servíces are guaranteed
for the entire term of the contract.
BffILE # @D¡gitol
Downlood
fâ.
ôp8,à3ïEIJB EW}T e,$
I -8xl 0 2-Sx7 4-3xS wollets8x10 ClossComposile
Alo Corte
.tiÏli"".îll*3ro,520 I 4ro,524 | 5ro,$28
$.l0.00 eoch lmoge Retouching $8.00 Personolized $5.00
{ ¿ ,¡;*l #1-8x10 2-5x7 4-3x5 Wollets Downlood8xl0 ClossComposite fl
{'l-Bxl0
¡I8-2x3
Wollels
{2-5x7
'{4-3x5
i., , ,:.1, j,.i. _"
s23.008xl0 Closs
PACKAGE 2
{4-5x7
'{
¿18-2x3
wollets
@Dis¡tol
Downlood
s26.008xl0 Closs
{
4-3x54-3x5
Wollets
2-8x1 0
PACKAGE .|
,r 1.,': ' ,.
02-5x7
{4-3xs
8xl0 ClossComposite
4I8-2x3
wollets
s1e.00
PACKAGE 3
4l8-2x3
Wollels
s1s.00
ffi{4-3x5
8xl0 ClossCompos¡le
PACKAGE 4
{2-8xl 0
532.00elei @
Dlg¡lol4-5x7 4-3x5
16-2x3Wollets
I -8xl 0 8xl0 ClossReflect¡ons ComPosile
DETUXE PACKAGE
,{ ,¿ Sl o.oo2-3x5 4-2x3
wollels\
PACKAGE 5
s10.008xl0 ClossComposite
PACKAGE 6 i ,,,'¡,'
4www.BellPhoto.com
g#""RAPHERs,SALT LAKE SCHOOL DISTRICT SCHOOL PICTURE SERVICES - PRICE PROPOSAL
tNc.
FACULTY PACKAGES
Bell Photographers, lnc. will supply:Listed below you will find the package all teachers and staff will receive free of charge. Changes may be
made to the following packages to meet your needs.
Faculty Package
MRS. SMITH+IST GRADE <e
f:L CüN Ë
I -5x7 2-3x5 4-2x3Wollets
I -4x10 Welcome Sign
ADDITIONAL ITEMS
1. CD-ROM containing all photographs taken at each building
2. Office books containing student and faculty photographs
3. Color contact images for office files
4. Software and printer to create lD cards at all secondary schools
5. Framed faculty wall composite
6. Kids First student cards for all students
7. Yearbook images on CD
8. Complimentary packages for faculty and staff
9. Complimentary desk calendars and 24-month plannersfor all faculty members
no charge
no charge
no charge
no charge
no charge
no charge
no charge
no charge
no charge
ADD|ilONAL SERVICES, PACKAGES, AND OPTIONS
Bell Photographers will do all possible to provide and offer any additional services to best meet the needs
of the Students, Faculty and Community after the bid is awarded.
Additional Services available from Bell Photographers could include things like:
1. Spring Personality Portraits with custom backgrounds. Pre-Pay, Proof, or Speculation Programs Flyer íncluded
2. Kindergarten Graduation Portraits - $9.95 per sheet
3. Class Group Photos - $10.00
4. School Yearbooks - Starting as low as $S.OO per book
5. Faculty/Student, Recognition Awards, Certificates, Digital Downloads, Student of the Month
6. Student Planner books - Starting as low as $1.69 per book
7. Personalized Valentines - $1O.00
5www.BellPhoto.com
g#,""*^,,ERS, INC.
PAYMENT OPTIONS
Gheck, Gash, Money Order, or all Gredit Gards Accepted.
Option 1Prepay flyer with check, cash, money order, or credit card
Option 2Prepay on line prior to and 7 Days after Picture day at Bellphoto.com
Option 3Phone orders calling Customer Service at 1-8OO-67&2355
*Late Money accepted for up to three business days after picture day at school. Self addressed envelope
provided to the school to mail to Bell Photographers, lnc. No additional charge or service fee.
IOVE YOUR PORTRAIT - LOO0/, Picture Quality Satisfaction GuaranteedLoveyourChild'sPhoto,orwe'll retakeit!lfvourenolsatisfreci rvlthvourportratt slnrpl!
return Vour ptcture tlac¡el on Make-Up Day. ancl we ll re-take Vour cnild s ililolo a1 no extra cosl to
VoU. lf Vou re nol nattÌli/ wlilr yoLrr re-take pholo. we ll gladly refuncl VoUr rlrone\.
PortraitProntise
lOOo/o Picture Quality Satisfaction Guaranteed. No questions asked! Just return the packet
or call Customer Service for a full refund. Our Customer Service hours are 8:00 a.m.-6:00 p.m
6www.BellPhoto.com
Alpine School District
Beaver School District
Box Elder County School D¡str¡ct
Cache County School District
Canyons School D¡strict
Carbon County School Distr¡ct
Central Utah Educational Services
Davis School District
Duchesne School District
Emery County School District
Grand County School District
Granite School District
lron County School District
Jordan School District
luab School District
Kane County School District
Logan City School District
Millard School District
Exhibit B:
EdPAC School Districts
Morgan County School District
Murray School District
Nebo School Dastr¡ct
Ogden School D¡strict
Park City School District
Piute School District
Provo City School Distr¡ct
salt Lake city school District
San luan School District
Sevier School District
South Sanpete School District
South Summit School District
Tooele School District .
Uintah School District
Utah State Board of Education
Wasatch School District
Washington County School District
Weber County School District
Conlract ßJF18-01 - Page 15 of 32
RFP# TH1833-SP18
ATTACHMENT E
PARTIC¡ PATI NG ADDEN DU M
School Picture Services
I. GENERAL
Theundersignedacknowledges,onbehalfof-SchoolDistrictthatsheorhehasread and agrees to the terms and conditions set forth in the enclosed agreement between Salt Lake City
School District and District contract number TH1833-SP18, the "Salt Lake City School
District Agreement" regarding the purchase of book fair services made available through said contract tothe participating school districts who elect to execute this Participating Addendum, and thereby become
"Participating Entities" who are authorized to purchase such goods and services under theaforementioned contract.
The undersigned further acknowledges that the purchase of goods and services under theprovisions of the Salt Lake City School District Agreement is at the absolute discretion of theParticipating Entity and that neither Salt Lake City School District nor the Education Procurement
Advisory Committee shall be held liable for any costs or damages incurred by or as a result of the actions
of Contractor or any other Participating Entity. Upon award of contract, Contractor shall deal directly
with the Participating Entity concerning the placement of orders, disputes, invoicing and payment.
The undersigned affirms that she or he is an agent ofduly authorized to sign this Participating Addendum.
Date
Participating Ent¡ty Contact lnformation:
Contact Person:
Address:
Phone
Email:
and is
Signature
Print name
Title
INFORMATION SYSTEMS
44o East 1oo SouthSalt Lake Cþ, Utah 84rrr
p 8or.578.8224f 8ot.SZ8.8++z
FERPA _ STUDENT LEVEL DATA PROTECTION STANDARD TERMS AND CONDITIONS
REQUIRED ATTACHMENT F
The services or functions included in the attached Contract/Agreement/Memorandum of Understanding(hereafter referred to as "Contract") involve the CONTRACTOR obtaining or using education records orpersonally identifiable information. Salt Lake City School District ("SLCSD") is subject to Family BducationalRights and PrivacyAct ("FERPA') zo U.S.C. $ rz3zg, and its implementing regulations, g4 C.F.R. Part 99,which generaþ requires prior written consent before disclosing educational records or personally identifìableinformation to third parties.
Written consent is not required for school officials. FERPA provides a CONTRACTOR, consultant, volunteer, orother outside party may be treated as a school official if the contracting party is: (a) providing services orfunctions that the SLCSD would otherwise use employees, (b) under the direct control of SLCSD with respect tothe use and maintenance of education records and personally identifiable information, (c) subject to therequirements of 34 C.F.R. gg.gg(a), and (d) limiting access within the CONTRACTOR's organization to thosewho have a legitimate educational interest. g+ C.F.R gg.gt(axtxixB).
SLCSD and CONTRACTOR desire to have CONTRACIOR treated as a school official within the FERPAexception in g+ C.F.R. gg.gr(aXrxÐ(B) and to comply with state and federal student and family privacy laws.To protect the privacy of students and parent data, SLCSD and CONTRACTOR ("Parties") include thisAttachment as part of the Contract.
The Parties agree as follows:
1. The term of this Attachment shall remain in effect through the duration of the Contract.
2. The following definitions apply to the Attachment:
a. "Education records" includes all information accessed, collected, stored, processed, disclosed, de-identifïed, created, or used by CONTRACTOR, including metadata and personally identifiableinformation, in relation to the Contract.
b. "Metadata" includes all information created manually or automaticallyto provide meaning orcontext to other data.
c. "Personally Identifiable Information" or "Pll" includes both direct identifiers (such as a student's orother family member's name, address, student number, orbiometric number) and indirectidentifiers (such as a student's date of birth, place of birth, or mother's maiden name). Indirectidentifiers that constitute PII also include metadata about student interaction with an app orservice, or other information that, alone or in combination, is linked or linkable to a specificstudent that would allow a reasonable person in the school community, who does not have personalknowledge of the relevant circumstances, to identify the student with reasonable certainty.
SAIT LAKE CITYSCHOOL DISTRICT(ourßest Cfioice
slt:sr:hools.orgl.,xtr:llt'lrct'irttrl t'r¡ttilt: a'\('r'\ stlt(l('tt1. ('\('r\ tl;tsslrltlltt. t:r't'lr tl¡ìt
Data Sharing Agreetnent Salt Lake Citl'SchooÌ District
3. CONTRACTOR agrees that all data files, including derivative files, and all data files resulting from merges,matches, or other uses of education records provided or obtained pursuant to the Contract are subject tothe terms and conditions contained in this Attachment.
4. CONTRACTOR's services provided to SLCSD are services for which SLCSD would otherwise useemployees.
S. CONTRACTOR is a party acting for SLCSD, who has direct control of the use and maintenance ofeducation records. All education records are in the legal and rightful custody and control of SLCSD.CONTRACTOR acquires no rights or licenses to use the education records for any other purpose than forperforming the services set forth in the Contract.
6. CONTRACTOR has a legitimate educational interest in the education records based upon the Contract.
T. CONTRACTOR shall limit access within its organization to individuals whom CONTRACTOR hasdetermined to have legitimate educational interests in the education records.
a. CONTRACTOR shall require a non-disclosure agreement be signed by those individuals within itsorganization that CONTRACTOR determines will have access to education records because theindividuals have a legitimate educational interest in such education records.
b. CONTRACTIOR shall maintain past and current lists of all individuals to whom it has determined toallow access to education records because the individuals have legitimate educational interest inthe education records.
c. CONTRACIOR shall maintain each non-disclosure agreement signed by its employees at its facilityand shall permit inspection of the same by SLCSD, upon request'
d. CONTRAC'TOR shall maintain an audit trail for the duration of this Contract, which reflects thegranting and revoking of access privileges. A copy of this audit trail may be requested by SLCSDfrom CONTRACIOR at any time and shall be provided within ro business days of SLCSD's request.
e. CONTRACTOR shall further notifr SLCSD in writing within 48 hours if an individual's privileges toaccess education records has been withdrawn and the date withdrawal occurred.
f. CONTRACIOR shall require and ensure annual training of those individuals determined to haveaccess due to a legitimate educational interest in the education records. The training shall includethe federal and state laws relating to student and family privacy and best practices for maintainingstudent and family privacy.
g. CONTRACTOR shall maintain past and current lists of individuals attending training and therelated training materials.
h. CONTRACTOR shall not disclose the education records to individuals within CONTRACTOR'scompany/agency/organization who have not been determined to have a legitimate educationalinterest, who have not received training, and who have not signed a non-disclosure agreement.
8. CONTRACTOR shall only access, collect, store, process, or use education records, as necessary to providethe services set forth in the Contract for its legitimate educational interest in the education records.Therefore, CONTRACTORwiII not access, collect, store, process, sell, disclose, de-identify or use theeducation records for any other purpose.
g. Data disclosed by SLCSD to CONTRACTOR includes records that: (r) may directly relate to a student; (z)may contain personally identifiable information, and (3) are maintained by an educational agency orinsiitution orby a party acting for the agency or institution. SPBCIFICALLY, SLCSD may provide theparticular data which is described in a separate attachment to this Contract. In addition to theidentification and description of the data, the attachment may also contain a description of the frequency
Inforrnation Systerns Page z of3
44o East roo South, Salt Lalie Cit1., Utah B4rrr I rvu'n'.slcschools.org I Phone: Bor.57B.Bzz4 | Fax: 8ot.57B.B44z
Data Sharing Agreernent Salt Lake Citl School District
and method of secure file transfer. SLCSD has no obligation to provide data not described in the Contractor corresponding attachment.
10. CONTRACTOR shall not re-disclose the education records to any other party without the prior consent ofthe parent or eligible student.
11. CONTRACTOR shall share student data as authorized by law or court order.
12. CONTRACTOR shall protect all education records in a manner that does not permit disclosure of theeducational records to anyone other than those individuals within its organization to whomCONTRACTOR has determined have legitimate educational interests in the education records.
13. CONTRACTOR may not:a. Collect, use, or share student data, if the collection, use, or sharing of the student data is in
inconsistent with the terms of the Contract.
b. Use student data for targeted advertising.14. CONTITACTOR shall store and maintain all education records separately from the information of any other
records.
r5. CONTRACTOR will store and process SLCSD data in accordance with commercial best practices, includingappropriate administrative, physical, and technical safeguards, to secure such data from unauthorizedaccess, disclosure, alteration, and use. Such measures will be no less protective than those used to secureCONTRACTOR's own data of a similar type, and in no event less than reasonable in view of the type andnature of the data involved. Without limiting the foregoing, CONTRACTORwarrants that all electronicDistrict data will be encrypted/secured in transmission (including via web interface) in accordance withlatest version of National Institute of Standards and Technolory Special Publication Boo-53.
16. CONTRACTTOR will use industry-standard and up-to-date security tools and technologies such as anti-virus protections and intrusion detection methods in providing services under this Attachment.
17. CONTRACTOR shall notify SLCSD if there are any changes that will affect the system where all educationrecords are stored and maintained, and ensure the system is in compliance with industry standards for thesecurity and privacy of education records.
r8. CONTRACTOR shall comply with all state and federal laws relating to student or family privacy and willmaintain any and all education records in a manner consistent with such laws.
19. CONTRACTOR shall notify SLCSD in writing immediately upon discovering any breach, or suspectedbreach of security, or any disclosure of education records to an unauthorized individual withinCONTRACTOR's organization, or re-disclosure to anyone. Notification shall include the date of improperrelease and a secure transmission of list(s) of affected students or families to assist SLCSD in notiSringstudents, parents, or guardians of the improper release as required by federal and state law.CONTRACTOR agrees the improper release of any education record constitutes a material breach of theContract. CONTRACTOR shall be liable for any claims or damages that occur from its failure to complywith its obligations in this Attachment.
20. CONTRACTOR shall return to SLCSD or securely destroy any education records and PII providedpursuant to the Contract upon the earlier of either the expiration or termination of the Contract.
zr. CONTRACTOR shall allow SLCSD or its' designee to audit CONTRACTOR to verifo compliance with theContract.
zz. Notices required by this Attachment shall be provided to: Chief Information Officer, currently Sam Quantz,at [email protected].
lnfblmation S¡'stenrs Page 3 of 3
44o East roo South, Sait Lake Citr, Ul¿rh B,¡rLr I rlrçrç.slcschools.olg I Phone: Bor.57B.Bzz4 i Fax: Bot.57B.B44z